Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

81 -- 20-ft ISO Shipping Containter with Reconfigurable palletized rack system

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-16-T-0039
 
Archive Date
2/18/2016
 
Point of Contact
Ruben A. Velasquez, , Michael A. Kahyai,
 
E-Mail Address
ruben.velasquez@navy.mil, michael.kahyai@navy.mil
(ruben.velasquez@navy.mil, michael.kahyai@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, ECL Solutions LTD, under authority of FAR 13.106., ECL Solutions LTD is the sole supplier for 20ft ISO containers with a Palletized Rack Mounted System. Interested persons may identify their interest and capability to respond to the requirement or submit quotes with proof of capability to meet form, fit, and functional requirements. This notice of intent is not a request for competitive quotes. However, all quotes with supporting documents received before the closing date of this Request for Quotation (RFQ) will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation number is N63394-16-T-0026 and is issued as a RFQ, unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 335931 with a small business size standard of 500 employees. This requirement is unrestricted. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: Criteria Kind and Quantity Quantity: Three (3) Kind: 20 foot ISO containers, freight container designation 1CC, as specified in ISO 668 Items Requiring Transport and Storage The interior shall be designed to accommodate the storage and transport of items typically used at an embark and maintenance events. The container shall accommodate, at a minimum, items of the following size and description. 3. Type 1 - These are smaller items that, to save space, should not have to be placed on the floor of a container, instead they can go on pallet shelves or other accommodation to maximize space usage. The container shall be able to store these types of items which all may have variable heights, and are not necessarily stackable on top of each other. Collapsible bulk containers, with sizes up to 48"x40" and weighing up to 2000lbs. An example of this type of container is ULINE Model H-1269. Jobsite boxes measuring up to 48"x30". An example of this is a Williams product code 50953. Typical size pallets of about 40"x48" weighing up to 2000lbs and loaded to heights between 1 foot and 7 feet. Large protective cases of up to 45"x26"x17". An example of this is a Pelican 1780 Transport Case. 4. Type 2 - These are larger items and are expected to normally be placed directly on the floor of the container. The container shall be able to store of these types of items in a quantity limited only by the interior floor space of an ISO container of the designation 1CC. Rollaway tool boxes measuring 25"x59"x42"h. An example of this is Matco model 4222R-BC. Rollaway tool boxes measuring 124"x36"x70"h. An example of this is Snap-on stock number KRP1023BPBO1. Drawer Cabinets measuring 28"x30"x60"h. An example of this is Stanley Vidmar preconfigured modular cabinet part number SEP3214AL Drawer Cabinets measuring 45"x28"x60"h. An example of this is Stanley Vidmar preconfigured modular cabinet part number RP3506AL Crane lifting beams measuring up to 106"x30"x36"h. An example of this is Tandemloc part number AA00000A-20-54 Reconfigurable Flexibility Type 1 - These smaller items require a reconfigurable shelving system that will make maximum use of the available space inside the container. 5. The shelving system shall include 12 shelves. 6. All shelves shall be interchangeable. 7. Users shall be able to place shelves in different positions to accommodate the various heights of Type 1 items. 8. The shelving system shall be designed to be reconfigured by two properly trained technicians, equipped with only basic hand tools. 9. The shelving system shall be designed to be reconfigured by one properly trained technician, equipped with only basic hand tools and a forklift. 10. The time required to move a shelf from one position to another within the container shall not exceed 5 minutes. Type 2 - These larger items require that the shelving system be removed from the container to maximize uninterrupted open floor space. 11. The entire shelving system shall be designed to be removed by two properly trained technicians, equipped with only basic hand tools. 12. The entire shelving system shall be designed to be removed by one properly trained technician, equipped with only basic hand tools and a forklift. 13. The time required to remove the entire shelving system shall not exceed 60 minutes, by two properly trained technicians equipped with only basic hand tools. 14. the time required to remove the entire shelving system shall not exceed 60 minutes, by one properly trained technician equipped with only basic hand tools and a forklift. 15. The time required to install the entire shelving system shall not exceed 60 minutes, by two properly trained technicians equipped with only basic hand tools. 16.The time required to install the entire shelving system shall not exceed 60 minutes, by one properly trained technician equipped with only basic hand tools and a forklift. 17. When the shelving system is removed it shall not leave behind protrusions that may cause tripping or injury to personnel, or may interfere with or damage the Type 2 items that are to be loaded in the container. Type 1 and Type 2 Mixed 18. The shelving system shall be designed so that the container can have the shelving system installed in one portion while larger items sit on the floor of the other portion. Accessibility of Items in Container The container shall be designed such that all of the Type 1 and Type 2 items are independently and individually accessible to a forklift operator 19. A system of shelves shall allow multiple Type 1 items to be placed over and under each other to maximize space usage. 20. The container shall have full-width side-opening doors on both long sides of the container. Securement of Items in Container The container shall be designed for speedy and convenient securement of both Type 1 and Type 2 items. 21. For Type 1 items, the shelving system shall provide discrete "compartments" or spaces for each item loaded, to reduce or eliminate securement requirements for rugged items such as collapsible bulk containers. 22. For Type 1 items, there shall be at least 8 evenly spaced positions around the perimeter of each shelf, one at each corner, and one in the middle of each edge. 23. Tie-down positions on the shelves shall be suitable for use with commonly available 1" and 2" ratchet straps with J hooks or double-J hooks. 24. For Type 2 items the container shall provide at least 4 evenly spaced tie-down rings on each side of the container, on the floor. 25. The tie-down rings shall be suitable for use with commonly available 2" ratchet straps with a double-J hook. 26. E-track or other similar mechanical restraint system shall not be used on the shelves or on the floor. 27. Any specialty securement system that requires the exclusive use of one brand of tie-down equipment shall not be used on the shelves or on the floor. 28. When not in use, the floor tie-down rings shall be recessed into the floor for equipment and personnel safety. Convention for Safe Containers (CSC) 29. All of the requirements of the following references that are applicable to a 20 foot ISO container shall be met. International Convention for Safe Containers (CSC) Public Law 95-208 (International Safe Container Act) 49CFR Parts 450-453 (Code of Federal Regulations) MIL-HDBK-138B (Guide to Container Inspection for Commercial and Military Intermodal Containers) American Bureau of Shipping Publication #13 (Certification of Cargo Containers) ASTM D5728 (Standard Practices for Securement of Cargo in Intermodal and Unimodal Surface Transport) 30. The container shall be ISO certified for intermodal transport. 31. The container shelving system shall not be supported by floor planking, roof bows, endwall panels, or any other container component that was not designed to support such a load. 32. The container shall be ISO certified in its as built configuration, including the shelving system, and including any necessary modifications to the container structure. The certification process is described in American Bureau of Shipping Publication #13. 33. The shelving system shall remain securely attached to the container and keep its cargo secure during normal handling of an intermodal container as defined in the references. 34.The weight of the shelving system and all cargo on the shelving system shall be supported by the load transfer areas in the container's base structure. Load transfer area requirements are described in ISO 668 Annex B. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time 6. Is your company OEM or PROPRIETARY for these products? 7. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019)(MAY 2015), all clauses. With regards to paragraph (b)(1)(xi), paragraph (A) - 52.222-50 applies. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC). It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 3 February 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-T-0039/listing.html)
 
Record
SN04000625-W 20160128/160126233913-3a6cf129d17acd27175ada59f692fc4a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.